Federal Bid

Last Updated on 27 Jul 2009 at 8 AM
Combined Synopsis/Solicitation
Aberdeen proving ground Maryland

59--4000 Watts CW Amplifier 80MHz- 1000MHz

Solicitation ID W91ZLK-09-T-0413
Posted Date 20 May 2009 at 8 PM
Archive Date 27 Jul 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Aberdeen proving ground Maryland United states 21005
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-09-T-0413. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)05-30. This requirement is a Total Small Business Set Aside. The associated North America Industry Classification System (NAICS) Code is 335929 and the Business Size Standard is 1000. The Government contemplates award of a Firm-Fixed Price purchase order for the following (brand name or equal) requirement.

Description of End Item Use:
CLIN 0001 Amplifier RF Power, AR Worldwide Model 4000W1000 brand name or equal. Quantity 1 each.

Specifications:
4000 Watts CW Amplifier 80MHz1000MHz

CLIN 0001 Amplifier RF Power, AR Worldwide Model 4000W1000 brand name or equal. Quantity 1 each. Aberdeen Test Center has a requirement for a 4000 watt amplifier, which is a self-contained, air-cooled, broadband, completely solid-state amplifier designed for applications where instantaneous bandwidth and high gain are required. The unit when used with a sweep generator will provide over 4000 watts of RF power. The unit shall be equipped with a Digital Control Panel (DCP) which provides both local and remote control of the amplifier. This panel shall be provided with a single rotary knob, and four dedicated switches (POWER, STANDBY, OPERATE and FAULT/RESET) to offer extensive control and status reporting capability. The display provides operational presentation of Forward Power and Reflected Power plus control status and reports of internal amplifier status. This unit shall also feature a gain control, internal/external automatic level control (ALC) with front panel control of the ALC threshold, pulse input capability and RF output level protection. It shall also include an internal RF detector which provides an output for use in self-testing or operational modes.
Prime Specification: This unit will be capable to be separated into 4 discrete 1000W amplifiers. All amplifier control functions shall be available remotely in GPIB/IEEE-488 format. RATED OUTPUT POWER @ 3600 watts minimum. INPUT FOR RATED OUTPUT @ 1.0 milliwatts maximum. POWER OUTPUT @ 3dB compression. Nominal 4400 watts. Minimum 2800 watts, POWER OUTPUT @ 1dB, Nominal 3400 watts, Minimum 2200 watts, GAIN (at maximum setting) 66 dB minimum, GAIN ADJUSTMENT (continuous range) 18 dB minimum, INPUT IMPEDANCE 50 ohms, VSWR 2.0:1 maximum, OUTPUT IMPEDANCE 50 ohms nominal, MODULATION CAPABILITY Will faithfully reproduce AM, FM, or pulse modulation appearing on the input signal, RF POWER DISPLAY 0-6000 watts, PRIMARY POWER (specify voltage) 200-250 VAC, Delta Connected (4 wire), 360-435 VAC, Wye Connected (5 wire), 50/60 Hz, 3 phase, 48 kVA Maximum.

CONNECTORS
RF input - Type N female on rear panel
RF output - Type 1 5/8 EIA on top panel
External leveling inputs - Type BNC female on front panel
Pulse modulation input - Type BNC female on front panel
Detected RF output -Type BNC female on front panel
Safety interlock -15 pin female subminiature D on rear panel
Remote control -24 Pin female GPIB/IEEE-488 and 9-pin RS-232 connectors on rear panel
Remote control (fiber optic) - ST connector. Tx and Rx RS-232
COOLING - Forced air (self contained fans)

Government desires delivery dates of 12 14 weeks after receipt of order.
NOTES to Offerors: Offers shall note the lead time or approximate delivery
date for items offered.

Acceptance shall be at destination.
Shipping shall be FOB Destination to Aberdeen Proving Ground, 21005.

The following provisions and clauses will be incorporated by reference:
52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
52.212-1 Instruction to Offerors Commercial Items
52.212-2, Evaluation Commercial Items
The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis.
52.217-5 Evaluation of Options
52.212-3, Offerors Representations and Certifications Commercial Items
An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision.
252.212-7000, Offeror Representations and Certifications Commercial Items
52.212-4 Contract Terms and Conditions Commercial Items.
ADDENDUM to 52.212-4
52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
52.211-6 Brand Name or Equal
52.223-11 Ozone Depleting Substances
52.247-34 FOB Destination
252-211-7003 Item Identification and Valuation
52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:
52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S .C. 2402)
52.219-6 Notice of Total Small Business Set-Aside
52.219-8, Utilization of Small Business Concerns
52.219-14 Limitations on Subcontracting
52.222-19 Child Labor Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans
52.222-36 Affirmative Action for Workers with Disabilities
52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era
52.225-2 Buy American Act Supplies
52.225-5 Trade Agreements
52.225-13 Restrictions on Certain Foreign Purchase
52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable:
52.203-3 Gratuities
252.225-7001 Buy America and Balance of Payment Program
252.225-7012 Preference for Certain Domestic Commodities
252.225-7015 Preference of Domestic Hand and Measuring Tools
252.232-7003 Electronic Submission of Payment Requests.

EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.

AMC-LEVEL PROTEST (NOV 2008)
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution.

HQ Army Materiel Command
Office of Command Counsel
9301 Chapek Rd, Room 2-1SE3401
Ft. Belvoir, VA 22060-5527
Facsimile number: (703) 806-8866 or 8875

Packages sent by FedEx, UPS, or other delivery service should be addressed to:
HQ Army Materiel Command
Office of Command Counsel
Room2-1SE3401
1412 Jackson Loop
Ft. Belvoir, VA 22060-5527

The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp

The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 5:00 PM EST May 28, 2009 via fax at 410-306-3726 or email to [email protected] at the US Army RDECOM Contracting Center, Aberdeen Installation Contracting Division, Attention: CCRD-AI-IC, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD, 21005-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Susan Sowa, Contract Specialist, via email at [email protected]. NO TELEPHONE REQUESTS WILL BE HONORED.

Bid Protests Not Available

Similar Past Bids

Location Unknown 02 Apr 2015 at 2 PM
Ramsey New jersey 24 Apr 2014 at 5 PM
Souderton Pennsylvania 19 Sep 2007 at 4 AM
Location Unknown 17 Nov 2014 at 7 PM
New york New york 26 May 2005 at 5 AM

Similar Opportunities

Arlington Virginia 20 Aug 2025 at 8 PM
Arlington Virginia 20 Aug 2025 at 8 PM
Location Unknown 21 Jul 2025 at 4 AM
Pennsylvania 20 Jul 2025 at 11 AM (estimated)